Loading...
HomeMy WebLinkAboutprevious legislationJ-03-205 03/24/03 RESOLUTION NO. 0 3— 298 A RESOLUTION OF THE MIAMI CITY COMMISSION BY A FOUR -FIFTHS (4/5"I3) AFFIRMATIVE VOTE, AFTER AN ADVERTISED PUBLIC HEARING, RATIFYING, APPROVING AND CONFIRMING THE CITY MANAGER'S FINDING OF SOLE SOURCE; WAIVING THE REQUIREMENTS FOR COMPETITIVE SEALED BIDDING PROCEDURES AND APPROVING THE PROCUREMENT OF LIFEPAK DEFIBRILLATOR/MONITORS AND ACCESSORIES, FOR THE DEPARTMENT OF FIRE -RESCUE FROM MEDTRONIC PHYSIO-CONTROL CORPORATION, THE SOLE SOURCE PROVIDER OF THIS EQUIPMENT, ON A CONTRACT BASIS FOR A ONE-YEAR PERIOD, WITH THE OPTION TO EXTEND FOR TWO ADDITIONAL ONE-YEAR PERIODS, IN AN ESTIMATED ANNUAL AMOUNT OF $89,479.75, FOR A TOTAL CONTRACT AMOUNT NOT TO EXCEED $268,439.25; ALLOCATING FUNDS FROM THE "MIAMI-DADE COUNTY EMS GRANT (FY '2001-02)," PROJECT NO. 104014, ACCOUNT CODE NOS. 280777.6.840 ($70,000) AND 280774.6.840 ($19,479.75), SUBJECT TO AVAILABILITY OF FUNDS. WHEREAS, the Department of Fire -Rescue ("Fire -Rescue") has a need to establish a contract with a reliable source for the procurement of Lifepak Monophasic defibrillators/monitors and accessories to support Fire -Rescue's day-to-day operations; and WHEREAS, since 1984, Fire -Rescue has used various medical equipment provided by Medtronic Physio-Control Corporation ("Medtronic"), as a sole source provider, and has also maintained CITY COMMISSION MEETING OF MAP 2 7 21103 Resolution No. 03- 298. `an equipment maintenance and service -agreement with Medtronic; and WHEREAS, extensive field tests of comparable equipment on the market have conclusively proven the superior function and reliability of Medtronic products; and WHEREAS, the required cardiac monitoring and accessories are fully compatible with the systems currently used by Fire -Rescue; and WHEREAS, the Chief Procurement Officer has adopted a finding that Medtronic is the only provider of the requested equipment in this service area; and WHEREAS, the finding of the Chief Procurement Officer has been approved and adopted as the finding of the City Manager; and WHEREAS, the City Manager and the Chief of Fire -Rescue recommend that the requirements for competitive formal sealed bids ibe waived and the procurement of the above service as specified be approved; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Page 2 of 4 03- 298 Section 2. By a four -fifths - 14/5ths) affirmative vote, after an advertised public hearing, the City Manager's finding of sole source is ratified, approved and confirmed, the requirements for competitive sealed bidding procedures are waived, and the procurement of Lifepak Monophasic defibrillator/monitors and accessories is approved for the Department of Fire -Rescue from Medtronic Physio-Control Corporation, the sole source provider of this equipment, on a the option to extend contract basis for a one-year period, with for two additional one-year periods, in an estimated annual amount of $89,479.75, for a total contract amount not to exceed $268,439.35, with funds allocated from the "Miami -Dade County EMS Grant (FY '2001-02)", Project No. 104014, Account Code Nos. 280777.6.840 ($70,000) and 280774.6.840 ($19,479.75), subject to availability of funds. Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.'" 1/ If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 3 of 4 0.3- 298 PASSED.AND ADOPTED this 27th ATTEST: iSCI APPROVED FORM AND/2bRRECTNESS: EJANDRO VILARELLO '� CI ATTORNEY / 994:tr:AS:ESS -day of March , 2003. MANUEL A. DIAZ, MAYOR P LLA A. THOMPSON CITY CLERK Page 4 of 4 03- 298